Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2006 FBO #1679
SOLICITATION NOTICE

65 -- HIV-1 Rapid Test Kits

Notice Date
6/30/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
GovWorks, Attn: Ms. Lauren Yates 381 Elden Street, MS 2510 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
1406-04-06-RQ-62256
 
Response Due
7/17/2006
 
Archive Date
6/30/2007
 
Small Business Set-Aside
N/A
 
Description
TITLE: RFQ# 62256 HIV-1 Rapid Test Kits NAICS CODE: 325413 In-Vitro Diagnostic Substance Manufacturing PRODUCT CODE: 6550 In-Vitro Diagnostic Substances, Reagents, Test Kits, and Sets PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared under FAR Part 13 and prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this request. This announcement constitutes the only solicitation. Quotes are being requested and this announcement constitutes the solicitation request. This requirement is being issued by GovWorks under the Department of the Interior Franchise Fund on behalf of the Center of Excellence in Disaster Management and Humanitarian (COE). The Center of Excellence in Disaster Management and Humanitarian Assistance (COE) is a congressionally mandated organization with a worldwide mission to promote effective civil-military management in international humanitarian assistance, disaster response and peacekeeping operations. COE, established in 1994, is a direct reporting unit to the U.S. Pacific Command (USPACOM), which overseas US military forces and US Department of Defense (DoD) assets in the Asia Pacific region. COE has a need for HIV-1 Rapid Test Kits. Commercial items FAR clauses 52.212-1 Instructions to Offerors-Commercial Items, 52.212-2 Evaluation - Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, and 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items, apply to this solicitation, and may be found at http://www.govworks.gov/vendor/csolicit.asp. Note: Far 52.212-1 and Far 52.212-2 is incorporated into this announcement. Far 52.212-3 Offeror Representations and Certifications-Commercial Items: Contractors may submit their online Representations and Certifications Application (ORCA) at the following government portal: http://orca.bpn.gov. GovWorks Procurement will handle the solicitation, and resultant contract administration as well as payment of invoices. GovWorks is a Federal Franchise Fund Contracting Office under the authority of the Government Management Reform Act and provides contracting support to all Federal and DoD Agencies. The successful Offeror will be required to complete electronic banking information for electronic payments, and All vendors must be registered in CCR, effective October 01, 2003 to receive government contracts - www.ccr.gov. All responsible and responsive offers to this solicitation will be considered by the Agency. DUE DATE INFORMATION: The due date for responses to this RFQ shall be via electronic submission to Lauren.Yates@mms.gov and Daniel.M.Hall@mms.gov on or before July 17, 2006, 2:00 pm Eastern Daylight Time. Responses will be marked as follows: "RFQ 62256." All inquiries must be via email, and all questions and responses will be posted to the Fedbizopps website as an amendment to this original announcement no later than 2:00pm Eastern Daylight Time on July 12, 2006. Questions concerning this solicitation MUST be submitted no later than July 7, 2:00 pm Eastern Daylight Time. PRODUCT DESCRIPTION WITH REQUIRED QUANTITIES: The requirement is for HIV-1 Rapid Test Kits. These test kits will be used in accordance with the World Health Organization (WHO) recommended guidelines and the AFRIMS (Armed Forces Research Institute of Medical Sciences) guidelines. Two levels of screening are required: an initial and then a secondary screening. The confirmatory (third level testing) is not required. Per the World Health Organization recommendations and the AFRIMS guidelines, the tests should be from different brand names or preferably different testing techniques (i.e. immunichromatography vs. in vitro). BASIC QUANTITY: 30,000 for the initial screening, 4,000 for the secondary screening. The product specifications are as follows: 1. METHODOLOGY The "finger stick" method of extracting the specimen is the preferred method for this requirement. The test must be able to detect HIV- 1 antibodies. The ability of the test to detect the HIV-2 antibodies is not required, but permitted. 2. SHELF LIFE OF QUOTED PRODUCT: The kits will be stored for extended periods of time. Shelf Life must meet or exceed 8 months. 3. STORAGE The kits will ultimately be stored in a location that experiences erratic power outages and inadequate refrigeration facilities. The kits must be able to withstand exposure to heat well above room temperature. Please specify the maximum temperature threshold for the product. 4. ADDITIONAL EQUIPMENT All equipment necessary for immediate use by health care professional not included with the kits must be included in the quote. The additional equipment shall be priced separately. 5. FDA APPROVAL/USAID WAIVER The product must be approved by the FDA or have the applicable USAID waiver. A copy of the waiver must be included in addition to the quote if applicable. The location for the use of the products is anticipated to be in a foreign location. 6. VOLUME DISCOUNT The Government requests a discount based on the volume purchased. 7. OPTIONAL QUANTITIES The following are optional line items that may be exercised at any time during the 12 month period of performance: CLIN Initial Screening Secondary Screening Total Kits Base 30,000 4,000 34,000 OPTIONAL CLIN Initial Screening Secondary Screening Total Kits 001 20,000 5,000 25,000 002 20,000 5,000 25,000 003 40,000 10,000 50,000 004 20,000 5,000 25,000 OPTIONAL CLIN Total 100,000 25,000 125,000 TYPE OF CONTRACT: Firm Fixed Price DESTINATION INFORMATION: All deliveries shall be shipped directly to: The Disaster Management and Humanitarian Assistance, Center of Excellence, Tripler Army Base, Hawaii DELIVERY TYPE: All deliveries under this contract will be FOB Destination. DELIVERY SCHEDULE: 30 days after award ANTICIPATED AWARD DATE: No later than July 31, 2006 SUBMISSION REQUIREMENT: Vendor shall provide a written price quote in response to this solicitation. All vendors MUST submit with their quote a completed and filled out vendors Representations and Certifications-Commercial Items (FAR 52-212-3) - this may be downloaded from the GovWorks website at: http://www.govworks.gov/vendor/csolicit.asp. If your Certifications and Reps are registered on the ORCA site, your proposal MUST indicate the Certifications and Reps are located on the ORCA site. Your Price Quote MUST include the following Information A) Tax identification number (TIN) B) Dun & Bradstreet Number (DUNS) C) Complete Business Mailing Address D) Contact Name E) Contact Phone F) Contact Fax Number G) Contact email address H) Quote must reflect any and all discounts provided. 52.212-1 Instructions to Offerors-Commercial Items. As prescribed in 12.301(b)(1), insert the following provision: INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JAN 2006) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (http://assist.daps.dla.mil). (ii) Quick Search (http://assist.daps.dla.mil/quicksearch). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard (http://assist.daps.dla.mil/wizard); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $25,000, and offers of $25,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same parent concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://www.dnb.com. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Each Offeror's submission is evaluated according to the factors shown below. Factors A, B, and C are roughly equal to each other; factor D is less important. A) Compliance with solicitation requirement B) Product Availability C) Delivery Schedule D) Price Contract award shall be made to the responsible vendor whose offer, in conforming to this RFQ, provides an overall best value to the Government, technical evaluation factors, and cost considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Technical evaluation factors are more important than cost; however, between quotes that are evaluated as technically equal in quality, cost will become a major consideration in selecting the successful vendor A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=MM143501&objId=324299)
 
Place of Performance
Address: Deliveries shall be shipped directly to: The Disaster Management and Humanitarian Assistance, Center of Excellence, Tripler Amy Base, Hawaii
Zip Code: 968595000
Country: USA
 
Record
SN01081481-W 20060702/060630221251 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.